Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 01, 2016 FBO #5243
MODIFICATION

R -- Hazardous Waste Pack, Transport, Dispose

Notice Date
3/30/2016
 
Notice Type
Modification/Amendment
 
NAICS
562211 — Hazardous Waste Treatment and Disposal
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute of Allergy & Infectious Diseases/AMOB, 5601 Fishers Lane, 3rd Floor MSC 9822, Bethesda, Maryland, 20892, United States
 
ZIP Code
20892
 
Solicitation Number
RFQ-RML-C-1770442
 
Archive Date
4/16/2016
 
Point of Contact
Margaret Schott, Phone: 4063759815
 
E-Mail Address
margaret.schott@nih.gov
(margaret.schott@nih.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 "Streamlined Procedures for Evaluation and Solicitation for Commercial Items," as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation document will not be issued. Submit offers on RFQ-RML-C-1770442. This solicitation is a request for quotes (RFQ).The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-86-2, effective 01-FEB-2016. The associated North American Industry Classification System (NAICS) code for this procurement is 562211 with a small business size standard of $38.5 M. This is a total small business set aside. The National Institute of Allergy and Infectious Diseases (NIAID), Rocky Mountain Laboratories, is seeking to purchase hazardous waste packaging, transport, and disposal. Please provide a quote for the services requested in the attached Statement of Work. This requirement is for one (1) base contract year plus four (4) options years. The base year has options for 20% overage for each line item. Each option year has options of 20% overage for each line items. Quoter must quote the base plus line item options and the option years plus line item options. All interested companies shall provide quotation(s) for the following: EVALUATION NIAID will evaluate all quotes to determine the best value to the government. NIAID will make a Best Value Determination based on the capability of each offeror's quote to meet the technical specifications, past performance, providing the proposed services in a timely manner, and reasonable price. Technical specifications include: the SOW specifications, delivery, and warranty. The Government's objective is to obtain the highest technical quality considered necessary to achieve the project objectives, with a realistic and reasonable cost. Technical and past performance non-price factors are considered equal and are more important than price. In the event quotes are evaluated as technically equal in quality, price or cost will become a major consideration in selecting the successful Offeror. SUBMISSION REQUIREMENTS For quotes to be accepted, the offeror must provide each of the following: 1. Completed and signed quote referencing solicitation ID # RFQ-RML-C-1764112. The base plus options and option years plus options must ALL be included in the quote. 2. A list of any particular wastes from the RML inventory (shown in Addendum A of the SOW) that will not be accepted for disposal. 3. A list of all facilities and transporters, which will be used to transport, treat, or dispose of RML waste, restrictions unique to each facility and a general description of the disposal processes to be used at each facility. The offeror should indicate the disposal method for each waste type. Storage, treatment and disposal of hazardous wastes shall be carried out only at facilities that have been issued final operating permits pursuant to the Federal Resource Conservation and Recovery Act (RCRA) by the hazardous waste regulatory authorities of jurisdiction. All transporters and Treatment, Storage, and Disposal Facilities (TSDFs) that the Contractor propose to use for RML wastes shall be approved and accepted by the Contracting Officer at the time of contract award. 4. A copy of Contractor's applicable licenses and permits with federal, state and local agencies allowing it to engage in intra-state and inter-state transportation, storage, treatment and disposal of hazardous waste. In addition to copies of permits and licenses the following information should also be provided by the offeror: - A brief description of destination facilities and subcontractors that will be utilized to perform work under this contract. 5. The Offeror shall provide examples of past performance conducted within the last three (3) years for relevant work of a similar type and scope as the current requirements for federal, state or local government agencies and/or commercial customers. Three (3) examples are suggested. If offeror has no relevant past performance it should include a statement to that effect in its offer. The government reserves the right to consider past performance data obtained from sources other than those provided by the offeror in its quote. For each of the contracts, the offeror shall provide the following information: a) Company name. b) Company address. c) Company point of contact: name, phone number and email. d) Contract number e) Dollar value f) Period of performance If the Offeror plans to subcontract more than 10% of work in support of this requirement, then the Offeror must also provide past performance for each subcontractor with their offer. ADDITIONAL INFORMATION Inspection of Facility: It is the offeror's responsibility to become fully informed as to the nature and extent of the work required. Arrangements for offeror's inspection of RML waste facilities may be secured from the Project Officer or designee. Inspection of facilities is not required for successfully submitting a quote. Inquiries: RML will not give verbal answers to inquiries regarding the specifications, or verbal instructions prior to or after contract award. A verbal statement regarding same by any person shall be non-binding. Any explanation desired by Vendors must be requested of the RML Office of Acquisitions in writing, and if an explanation is necessary, a reply shall be made by RML in the form of an addendum posted to FBO. System for Award Management (SAM): By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the System for Award Management (SAM) database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation (www.sam.gov). Submission Deadline and Point of Contact: Submission shall be received not later than April 1st, 2016 1:00 p.m. MST. Offers may be e-mailed to Peggy Schott at margaret.schott@nih.gov. Place of Performance: Rocky Mountain Laboratories, 903 South 4th Street, Hamilton, MT 59840, United States Award will be based on the capability of the item offered to meet the above stated salient characteristics, price, past performance, delivery, warranty, and the best value to the government. PROVISIONS AND CLAUSES The government intends to award a firm, fixed price purchase order as a result of this solicitation that will included the terms and conditions set forth herein. The following additional FAR & HHSAR provisions and clauses are incorporated by reference and applicable to this requirement: The following FAR provisions apply to this acquisition: FAR 52.212-1 Instructions to Offerors Commercial Items (April 2014) FAR 52.212-2 Evaluation -- Commercial Items (Oct 2014) FAR 52.212-3 Offerors Representations and Certifications - Commercial Items (May 2014) FAR 52.203-98 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements - Representation (DEVIATION 2015-02) FAR 52.203-99 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements - Representation (DEVIATION 2015-02) The following contract clauses apply to this acquisition: FAR 52-212-4 Contract Terms and Conditions Commercial Items (May 2015) FAR 52-212.5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (May 2015) FAR 52.204-16 Commercial and Government Entity Code Reporting (July 2015) FAR 52.204-18 Commercial and Government Entity Code Maintenance (July 2015) *The applicable subparagraphs of FAR52.212-5 are included in the attachment to this posting. By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the System for Award Management (SAM) database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation (www.sam.gov). Copies of the above-referenced provisions and clauses are available from http://www.acquisition.gov/far/loadmainre.html or, upon request, either by telephone or fax. This is an open-market combined synopsis/solicitation for hazardous waste packaging, transport, and disposal as defined herein. The government intends to award a firm-fixed price purchase order as a result of this combined synopsis/solicitation. Offers may be mailed, e-mailed or faxed to Peggy Schott at margaret.schott@nih.gov or Fax to 406-363-9288Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f) All responsible sources may submit an offer that will be considered by this Agency. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to Peggy Schott at margaret.schott@nih.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/AMOB/RFQ-RML-C-1770442/listing.html)
 
Place of Performance
Address: 903 South 4th Street, Hamilton, Montana, 59840, United States
Zip Code: 59840
 
Record
SN04067420-W 20160401/160330234743-52ad112c1a445d70a5d4ec3c0196de84 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.